Active Solicitation · DEPT OF DEFENSE

    F-16 SAASM/EGI PROGRAM

    Sol. FA8232-26-SAASMCombined Synopsis/SolicitationHILL AFB, UT
    Open · 20d remaining
    DAYS TO CLOSE
    20
    closes Jun 2, 2026
    POSTED
    May 13, 2026
    Publication date
    NAICS CODE
    334515
    Primary industry classification
    PSC CODE
    J016
    Product & service classification

    AI Summary

    The F-16 System Program Office is seeking technical support for upgrading GPS receiver cards under a 3-year IDIQ contract. The anticipated award amount is $2,000,000, with a sole-source determination for Honeywell Aerospace. Responses are due by June 2, 2026, and must demonstrate capability for internal hardware upgrades and system validation.

    Contract details

    Solicitation No.
    FA8232-26-SAASM
    Notice Type
    Combined Synopsis/Solicitation
    Posted Date
    May 13, 2026
    Response Deadline
    June 2, 2026
    NAICS Code
    334515AI guide
    PSC / Class Code
    J016
    Issuing Office
    FA8232 AFLCMC WWMK
    Primary Contact
    Garrett Clawson
    State
    UT
    ZIP Code
    84056-5820
    AI Product/Service
    service

    Description

    Combined Synopsis/Solicitation: F-16 SAASM/EGI Program 

    BLUF: The F-16 System Program Office (SPO) is seeking technical support for GEM VII-2 receiver card upgrades. This requirement is structured as a 3-year IDIQ (One-year Base, two 1-year Options) and is intended as a sole-source award to Honeywell Aerospace.

    Administrative Data 

    Field                    Details

    Action Code       Combined Synopsis/Solicitation

    Date   12 May 2026

    Product or Service Code (PSC) J016

    NAICS Code 334515

    Subject F-16 SAASM/EGI Program

    Proposed Solicitation # FA8232

    Closing Response Date 2 June 2026

    Anticipated Award Date 1 July 2026

    Anticipated Award Amount $2,000,000 (Ceiling)

    Description of Requirement 

    The F-16 System Program Office (SPO) requires technical support to swap existing Global Positioning System (GPS) Embedded Module (GEM) II receiver cards with government-furnished GEM VII-2 receiver cards. This effort is critical for enabling anti-spoofing functions within the F-16 Embedded Global Positioning Satellite Inertial Navigation System (EGI).

    Operational Throughput & Logistics:

    • Monthly Throughput: The contractor shall maintain a steady-state throughput of approximately 12 EGIs per month.
    • Total Mission Scope: This effort supports a total requirement of 100 to 200 EGIs.
    • Place of Performance: All work shall be performed at the Contractor’s Facility. The Government will ship units to the facility on a continuous delivery schedule.

    Contract Structure (IDIQ) 

    The Government anticipates awarding an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a 12-month Base Period and two 12-month Option Periods.

    CLIN                           Description                           Period           Quantity        Unit

    0001   GEM VII-2 Receiver Card Upgrade Support   Base (Yr 1)   1 - 200*           EA

    0002   Engineering Support                                       Base (Yr 1)       1                 Lot

    0003    Data (Contract Data Requirements List)        Base (Yr 1)       1                 NSP

    1001     GEM VII-2 Receiver Card Upgrade Support  Option 1 (Yr 2) 1 - 200*       EA

    1002     Engineering Support                                       Option 1 (Yr 2)    1              Lot

    1003     Data (Contract Data Requirements List)         Option 1 (Yr 2)    1             NSP

    2001     GEM VII-2 Receiver Card Upgrade Support    Option 2 (Yr 3)  1 - 200*    EA

    2002     Engineering Support                                        Option 2 (Yr 3)    1              Lot

    2003     Data (Contract Data Requirements List)          Option 2 (Yr 3)    1              NSP

    *Note: The total aggregate quantity across all CLINs shall not exceed 200 units.

    Sole Source Determination 

    The Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1.

    • Anticipated Source: Honeywell Aerospace Technology (Clearwater, FL).
    • Justification: Honeywell is the Original Equipment Manufacturer (OEM) of the F-16 EGI. They possess the proprietary technical data, specialized internal tooling, and validated test procedures required to perform internal card swaps while maintaining the airworthiness certification of the assemblies.

    Instructions to Respondents 

    All responsible sources may submit a capability statement, proposal, or quotation, which will be considered by the agency.

    1. Submission: Responses must be received by the Closing Response Date.
    2. Capability Evidence: Any firm contesting this sole-source determination must provide documented evidence of their ability to perform internal hardware upgrades and system validation for the F-16 EGI.
    3. Foreign Participation: Foreign contractor participation is not permitted at the prime contractor level.

    Key dates

    1. May 13, 2026Posted Date
    2. June 2, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    F-16 SAASM/EGI PROGRAM is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.